The RFP Database
New business relationships start here

Medical Infectious & Pharmaceutical Waste Disposal Service


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
Request for Information (RFI)

Services to properly dispose of regulated Medical Infectious and Pharmaceutical waste from Naval Health Clinic Hawaii's (NHCH) three facilities on the Island of Oahu, Hawaii.

 


DISCLAIMER

THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.

This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement.  This RFI is a request for interested parties to describe their product, technical capabilities, and delivery as well as demonstrated tools and processes.  All information received in response to this RFI marked "Proprietary" will be handled accordingly.  Responses to the RFI will not be returned and Respondents will not be notified of the result of the review.  Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD.  In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.


PURPOSE


The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist NHCH's Clinics in determining if a future contract effort can be competitively awarded and/or awarded on a total Small Business Set-Aside basis.  The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 562211 (Hazardous Waste Treatment and Disposal) with the Small Business Size Standard of $41,500,000.  If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website.  The Government will use this information solely to determine the appropriate acquisition strategy for this procurement.  The Government is interested in all small business concerns.

INTRODUCTION

The NMCSD Material Management Department is tasked with conducting market research for Contractors who can provide the necessary materials and services to properly dispose of infectious and pharmaceutical waste from NHCH's three facilities on the Island of Oahu.  Using Government provided space, potential vendors determined to be technically capable may be invited to provide product demonstrations including question and answer sessions with hospital staff members.

BACKGROUND

Respondents should identify their product capabilities that would help fulfill the current specified requirements.  The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted as a solicitation for competitive bids.  The description below outlines the minimum requirements necessary to provide the materials and services to properly dispose of infectious and pharmaceutical waste from NHCH's three facilities on the Island of Oahu.

REQUIREMENTS

NOTE: This RFI is only soliciting information from vendors who has the capabilities to properly dispose of infectious and pharmaceutical waste service that are able to meet the requirements below.

The Government requests Contractors who can provide the materials and services to properly dispose of the following infectious and pharmaceutical waste:


Pharmacy waste types: Listed Wastes: the P and U Lists.
Characteristic Wastes: Ignitability (I), Corrosively (C), Reactivity (R), Toxicity (T), Toxicity Characteristic (E), Acute Hazardous (H).
Mixed Wastes: RCRA and Non-RCRA wastes.
Chemotherapy Wastes
Non-Regulated Wastes.

 

DESCRIPTION OF INFORMATION REQUESTED

All vendors with qualifying products are invited to submit a Capability Statement and contact information.  The Capability Statement should discuss the product's capabilities as they relate to the potential requirements.  Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes.  All items should be clearly identified if they are scheduled items or open market items.

All questions regarding this RFI shall be submitted ONLY by email to the Contract Specialist at mildred.k.pollard-hueitt.civ@mail.mil ; Questions must be received by 9:00 am PST 11/14/2019.

HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information:

1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics;

2) A statement indicating an interest and the capability to provide the requested Regulated Medical Waste and Pharmacy Medical Waste Disposal Service in response to this RFI;

3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI;

4) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.

Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, socio-economic class(es), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry.

Please submit responses via email in Microsoft Office format by 9:00 am PST 11/14/2019. No mailing responses will be accepted.

Finally, please indicate if the Vendor is a small business under the subject NAICS.

 

NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.

Contracting Office Address:

34800 Bob Wilson Drive
San Diego, CA 92134
United States

Primary Point of Contact:

Mimi K. Pollard-Hueitt,

mildred.k.pollard-hueitt.civ@mail.mil





 


Mildred Kalua Pollard-Hueitt, Contracting Specialist, Phone 6195328104, Email mildred.k.pollard-hueitt.civ@mail.mil - Merlinda M Labaco, Contract Specialist, Phone (619) 532-8122, Fax (619) 532-5596, Email merlinda.m.labaco.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP